PURCHASE OF AUTOBODY SUPPLIES

expired opportunity(Expired)
From: Hudson Valley(Higher Education)
3813

Basic Details

started - 10 Jun, 2020 (about 3 years ago)

Start Date

10 Jun, 2020 (about 3 years ago)
due - 20 Jul, 2020 (about 3 years ago)

Due Date

20 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
3813

Identifier

3813
Hudson Valley Community College New York

Customer / Agency

Hudson Valley Community College New York
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

BID NO.: 3813 TITLE: PURCHASE OF AUTOBODY SUPPLIES RECEIVING DATE AND TIME: 1:55 PM, DST, MONDAY, JULY 20, 2020 OPENING DATE AND TIME: 2:00 PM, DST, MONDAY, JULY 20, 2020 INFORMATION FOR BIDDERS INVITATION Hudson Valley Community College will accept sealed bids for BID NO. 3813 – PURCHASE OF AUTOBODY SUPPLIES in the Office of the Director of Business Services & Procurement at the ADMINISTRATION BUILDING, 80 VANDENBURGH AVENUE, ROOM 240, Troy, New York, 12180 until 1:55 PM, DST, MONDAY, JULY 20, 2020. The bids will be opened publicly and read aloud at 2:00 PM, DST, MONDAY, JULY 20, 2020. ONLY SEALED BIDS WILL BE ACCEPTED. NO BID WILL BE ACCEPTED AFTER THE OFFICIAL TIME AND DATE. FAXED AND/OR E-MAILED BIDS WILL NOT BE ACCEPTED. COPIES OF THE SPECIFICATIONS AND BID FORMS MAY BE OBTAINED ON THE COLLEGE’S WEBSITE AT: http://www.hvcc.edu/purchasing/. IF THE VENDOR DECIDES TO UTILIZE AN OVERNIGHT CARRIER, IT IS
THE VENDOR'S RESPONSIBILITY TO SELECT A CARRIER THAT WILL DELIVER DIRECTLY TO THE BID OPENING SITE. BID REQUIREMENTS Bidders are requested to verify compliance with the following requested items AND INCLUDE WITH THE BID THOSE ITEMS AS REQUESTED. LACK OF COMPLIANCE MAY RESULT IN AUTOMATIC DISQUALIFICATION. 1. /X/ Return Bid with signed Statement of Non-Collusion. 2. /__/ Certified check or bid bond as specified under "Bid Bond or Certified Check". The check must be included in the bid package at the time of the bid opening. 3. /X/ No certified check or bid bond. 4. /__/ Certificate of Insurance naming Hudson Valley Community College, the County of Rensselaer and the State University of New York as additional insureds upon notification of award. The Certificate of Insurance should include the following: a.) Agent’s and insured’s name, address, phone and fax numbers; b.) Insurance company name and AM Best ratings of A- or better; c.) Policy line, number and limits; d.) Undertaking to provide renewal certificate 15 days prior to expiration of coverage. 5. /__/ An additional insured endorsement naming Hudson Valley Community College, County of Rensselaer, and State University of New York as additional insureds, providing for 30 days’ notice of cancellation or nonrenewal in 1 http://www.hvcc.edu/purchasing/ all cases except for nonpayment of premium, and 10 days notification for cancellation or renewal because of nonpayment of premium, insuring organization’s work, providing that the organization’s coverage shall be primary and noncontributory, waiving the right of subrogation, and otherwise meeting the requirements under “Insurance Coverage” in this Notice. 6. /__/ Performance Bond upon notification of award. 7. /X/ Brochures, catalogs, model numbers, or pertinent literature where applicable. 8. /X/ References. (Preferably from Educational Institution.) 9. /X/ Signature of bid manager. BIDDER'S RESPONSIBILITY Bidders who respond to Hudson Valley Community College's request for bids hereby acknowledge and accept responsibility for the following, and as a condition of the bidding process agree as follows: (a) to submit a complete and legibly prepared bid; (B) SUBMIT BID FORM AND ANY ENCLOSED DOCUMENTS IN DUPLICATE; (c) to submit bid pricing based upon bid specifications promulgated by Hudson Valley Community College; (d) to submit the bid on the Official Bid Form; (e) to be responsible for the mathematical accuracy of their bid; (f) to provide an accurate conversion of packaging whenever their bid varies from that product packaging detailed in Hudson Valley Community College bid specifications; (g) to provide the brand/manufacturer information when required by the specifications or in those instances where the products offered by the bidder differ from those listed in Hudson Valley Community College's bid specifications; and (h) to review our website periodically for addendums to the bid or RFP. Hudson Valley Community College reserves the right to reject any bid which, through bidder error or omission is found to be mathematically incorrect, otherwise incomplete, or not in compliance with Hudson Valley Community College bid specifications. This right to reject bids which are incomplete, inaccurate, or not in compliance shall be exercised in the best interest of Hudson Valley Community College. SPECIFICATIONS CONSULTANT No communication intended to influence this procurement is permitted except by contacting PATRICIA A. GASTON at P.GASTON@HVCC.EDU. Contacting anyone other than the designated contact (either directly by the proposer or indirectly through a lobbyist or other person acting on the proposer’s behalf) in an attempt to influence the procurement: (1) may result in a proposer being deemed a non-responsible offerer, and (2) may result in the proposer not being awarded a contract. SUBMISSION The envelope shall be marked on its face with the name of the person, firm, or corporation plus: SEALED BID NO. 3813 FOR PURCHASE OF AUTOBODY SUPPLIES AND BID OPENING AT 2:00 PM, DST, MONDAY, JULY 20, 2020. 2 mailto:P.GASTON@HVCC.EDU All bids shall be addressed to: Patricia A. Gaston Director of Business Services & Procurement Hudson Valley Community College Administration Building, Room 240 80 Vandenburgh Avenue Troy, New York 12180 Any bid submitted on forms other than the official forms provided by Hudson Valley Community College may be disqualified. FAXED AND/OR E-MAILED BIDS CANNOT BE ACCEPTED. All bids submitted must be typed or written in ink and signed by the bidder/contractor’s designated representative. ALL BIDS MUST MEET AND INCLUDE REQUIREMENTS AS CHECKED (“X”) ON PAGE ONE (1) OF “INFORMATION FOR BIDDERS” OR FACE DISQUALIFICATION. WITHDRAWAL OF BID Any bid may be withdrawn without prejudice prior to the official bid opening time or any publicized postponement thereof. No withdrawal or change may be made by the bidder after the bid has been opened. REJECTION OF BID Hudson Valley Community College reserves the right to reject any and all bids in connection with this project and to waive formalities in a bid. BIDS WHICH INCLUDE ADDITIONAL TERMS AND CONDITIONS SUCH AS, FOR EXAMPLE, THOSE LIMITING LIABILITY OR WARRANTIES WILL BE REJECTED. NOTIFICATION OF AWARD The successful bidder will be notified within THIRTY (30) working days after the bid opening. Hudson Valley Community College reserves the right to reject any and all bids and to waive any formalities in a bid. Hudson Valley Community College will notify the successful bidder in WRITING either by issuance of a preliminary LETTER of INTENT or a PURCHASE ORDER after all prerequisites and specifications have been met by the bidder. VERBAL NOTIFICATION OF THE AWARD IS NOT CONSIDERED A VIABLE MODE OF NOTIFICATION AND THEREFORE WILL NOT BE RECOGNIZED AS AN OFFICIAL NOTIFICATION. DEPOSIT REQUIREMENTS a. /__/ A deposit requirement of a certified check or bid bond in the amount equal to a percentage of the total bid figure made payable to Hudson Valley Community College and clearly marked with the number of the bid which it pertains to must accompany the bid. b. /X/ No deposit requirement or certified check is required with this bid. No bid may be withdrawn after the official award has been made without forfeiture of bid bond deposit or certified check. 3 DEFAULT/FORFEITURE PROVISIONS In case of default by the contractor, Hudson Valley Community College may procure the article or services from other sources and hold the contractor responsible for excess costs occasioned thereby. TRADE OR BRAND NAME When a trade or brand name for a particular article or object is specified it is meant only as a reference for standard, and any other manufacturer of a similar article or object may meet the specifications if his product is reasonably equivalent or better than that mentioned as the standard. AWARD OF CONTRACT Hudson Valley Community College reserves the right to award the contract on the basis of overall advantages to the purchaser with respect to the aggregate of separate items and estimated overall requirements, (i.e., the right is reserved to award separate items to different vendors.) If a supplier offers an equivalent substitute for any item on the bid, the purchaser reserves the right to delete that item and its unit cost and to accept the remainder of the bid. Each item shall be quoted and extended with all appropriate discounts, and prices shall be held firm until completion of order. TRANSFER OR SUBCONTRACTING OF CONTRACT No contractor to whom any contract for these specifications shall be awarded shall assign, transfer, convey, sublet, or otherwise dispose of the same or his right, title, or interest therein, or his power to execute such contract, to any other persons or corporation without the previous consent in writing of Hudson Valley Community College. ACCEPTANCE OF ORDER Failure to accept our purchase order issued pursuant to the specifications or failure to meet stated delivery time for any reason whatsoever shall be sufficient grounds for cancellation of the order and forfeiture of deposit as liquidated damages. DISAGREEMENT If the awarded contract does not agree with vendor’s bid, the contractor shall be responsible for contacting the Office of Business Services and Procurement before performance begins. BIDDERS’ QUALIFICATIONS Hudson Valley Community College reserves the right to examine the responsibility of bidders for contracts and proposed subcontractors on a case-by-case basis, including but not limited to an examination of the skill, judgment, integrity, good faith, sufficiency of financial resources, quality of execution, performance and conduct on prior similar contracts, and labor practices of a bidder and/or of a proposed subcontractor; and to investigate and consider the background of such bidders and subcontractors for this purpose, including their ownership, management, affiliation, history of past performance, and compliance with relevant state and federal laws and regulations. CHANGE ORDER Every purchase order is prepared with care; however, it is occasionally necessary to make changes to the original order. Such changes involve quantity, specifications, price, substitute products, deletion of items, complete cancellation of order, and so forth. Since a purchase order is a contract, all changes must be processed through the Purchasing Department with the exception of construction or alteration projects which must be reviewed and have prior approval of the President of the College. 4 CONTRACTOR’S GUARANTEE By submitting on these specifications, the vendor binds himself to all conditions in these specifications, irrespective of any formalities in his order acknowledgement. No attachment or part may be substituted or applied contrary to manufacturer's recommendations and standard practice. Any variance with the specifications must be stated within the submitted bid and may after review of all consequences of the variance, disqualify the bid. Accessories supplied shall be compatible with the rest of the equipment. Contractor guarantees that the equipment is standard new equipment, latest model of regular stock product with all parts regularly used with the type of equipment offered. Each unit delivered is guaranteed against faulty material and workmanship for a period of one (1) year after acceptance of delivery by Hudson Valley Community College, unless otherwise specified. If during this period any such faults develop, the unit or part affected is to be replaced without any cost to Hudson Valley Community College. All regularly manufactured stock electrical items shall be listed by Underwriter's Laboratory, Inc. Other electrical equipment shall be constructed to conform to applicable portions of National Electrical Code. Where electronic components are part of the equipment, the Manufacturer's standard guarantee shall apply. PERMITS AND ORDINANCES In all operations connected with the work herein specified, all city and town ordinances and laws controlling or limiting in any way the action of those engaged in the work must be respected and strictly complied with. Contractor must obtain all permits and fees paid if and as required. HAZARDOUS MATERIALS Any materials required by this order that are deemed hazardous will be packaged, marked, and shipped by the seller to comply with all present and future federal, state, and local regulations and will further comply with any special company requirements. All MSDS sheets are to be directed to the attention of the Campus Safety Officer. SAFETY AND HEALTH DEVICES All equipment and services shall meet the requirements of the Federal Government, the State of New York, and the County of Rensselaer Safety and Health Regulations as well as the local safety and health regulations of the City of Troy. Equipment shall conform to applicable standards of all National regulations. DELIVERY COMPLETION REQUIREMENTS Guaranteed delivery may be considered in making the award. Any vendor who submits a bid on these specifications agrees to accept our purchase order and agrees to GUARANTEE COMPLETE DELIVERY ON OR AFTER AWARD OF THIS BID. If the vendor feels he cannot meet requested delivery/completion date, he must so state and give revised date with bid proposal. ALL MERCHANDISE MUST BE SHIPPED PREPAID AND SHALL BE DELIVERED F.O.B. HUDSON VALLEY COMMUNITY COLLEGE, 80 VANDENBURGH AVENUE, TROY, NEW YORK, 12180, CENTRAL RECEIVING. If delivered to other than Central Receiving the college refuses any and all responsibility for losses and damages unless specific directions for delivery at another location have been approved by the Office of Business Services & Procurement. 5 No C.O.D. deliveries will be accepted. Deliveries will be accepted only 9:00 am through 3:30 p.m., Monday through Friday, with the exception of official holidays or snow days when no deliveries will be accepted. CANCELLATION The college reserves the right to refuse any goods and to cancel all or any part of the contract if the contractor fails to meet delivery or performance dates. REFUSAL OF GOODS OR SERVICES Time is of the essence in delivery. The Office of Business Services and Procurement reserves the right to refuse any goods or services and to cancel any and all parts of this bid if the vendor fails to deliver all or any part of the goods or services in accordance with the terms of the bid. INSPECTIONS Hudson Valley Community College reserves the right to inspect all material furnished for conformity with the specifications. The right is reserved to reject and return at the vendor's expense and risk any unacceptable shipment. TAXES The college is a tax-exempt organization and therefore lacks the authority to pay taxes. PAYMENT Invoices for prepaid transportation charges shall be supported by receipted freight bills. In the case of bids or quotations all freight charges are borne by the bidder unless otherwise specified in bid. It is the desire of the college to pay promptly. It is the vendor's responsibility to submit invoices directly to the Accounts Payable Department: HUDSON VALLEY COMMUNITY COLLEGE ATTN: ACCOUNTS PAYABLE P.O. BOX 569 TROY, NEW YORK 12181-0569. Invoices shall include purchase order number and date, HVCC item number, description of items, catalog number, sizes, quantities, unit prices, extended prices, and date of delivery. Invoices not on printed billheads shall be signed by vendor. Purchase order number MUST be listed on all shipping labels. Invoices exceeding the limits established by this contract or for materials or services not qualifying under its specifications are not subject to payment. Partial payments may be made upon properly executed invoices of delivered goods unless otherwise stated in the bid. Final payment when the materials, supplies, or equipment have been fully delivered and accepted. PROTECTION Contractor shall be held liable for any injury to persons and/or property during the execution of his work. Contractor shall take all safety measures required or affirmed during execution of his work. 6 WAGES AND SALARIES/PRC SCHEDULE Respondees must agree to conform to Section 103-a,b,c, and d of the General Municipal Law of the State of New York, copy of which text is appended hereto. EQUAL OPPORTUNITY - AFFIRMATIVE ACTION Executive Order No. 11246, as amended, relative to Equal Employment Opportunity and all other applicable laws, rules and regulations, including Title VII of the Civil Rights Act of 1964, are incorporated herein by this specific reference. In addition, all laws, rules and regulations applicable to the hiring of disabled veterans and veterans of the Vietnam era and to the hiring of individuals with physical or mental disabilities are incorporated herein by this specific reference. The contractor further agrees that: (a) in the hiring of employees for the performance of work under this contract, the contractor shall not discriminate against any citizen in the employment of a person qualified and available to perform the work under the contract, by reason of race, color, religion, sex, age, disability, national origin or ancestry; (b) the contractor or any person acting on its behalf, shall not, in any manner, discriminate against, intimidate, or retaliate against any employee hired for the performance of work under the contract on account of race, color, religion, sex, age, disability, national origin or ancestry; and (c) the contractor shall include this language in all subcontracts entered into for the performance of the contract. FAIR LABOR STANDARDS ACT Contractor warrants and represents that the goods covered by this contract have been manufactured in accordance with the requirements of the Fair Labor Standards Act and all other applicable federal, state, and municipal laws, rules, and regulations. MINORITY BUSINESS ENTERPRISE (MBE) AND WOMEN BUSINESS OWNED ENTERPRISE (WBE) It is the policy of Hudson Valley Community College to take affirmative action to ensure that minority business enterprises are given the opportunity to demonstrate their ability to provide the college with goods and services at competitive prices. GENERAL INFORMATION Hudson Valley Community College includes a prohibition against any employee accepting any gift, gratuity, stipend or other thing of value from entities having a direct or indirect business interest with the college. The contractor agrees that its directors, officers, and employees will not offer or give any gift, gratuity, stipend, or other thing of value to any employee of the college. The contractor shall further report any attempt by a college employee to solicit any gift, gratuity, stipend, or thing of value. Any violation of this provision shall justify termination of this contract and may result in the rejection of the contractor's bids for future contract. PROVISIONS REQUIRED BY LAW INSERTED Each and every provision of law and clause required by law to be inserted in the contract shall be deemed to be inserted therein and the contract shall be read and shall be enforced as though so included therein. NO THIRD-PARTY RIGHTS Nothing in the contract shall create or shall give to third parties any claim or right of action against the college, the contractor, or any institution at which work is being carried out beyond such as may legally exist irrespective of the contract. 7 PROTECTION OF LIVES AND HEALTH Each contractor and subcontractor shall comply fully with all applicable provisions of the laws of the State of New York, the United States of America and with all applicable rules and regulations adopted or promulgated by agencies or municipalities of the State of New York or the United States of America. The contractor alone shall be responsible for the safety, efficiency and adequacy of the contractor’s work, plant, appliances and methods, and for any damage which may result from the failure to comply or the use of improper methods. STATE AND FEDERAL LABOR LAW PROVISIONS It is hereby agreed that all applicable provisions of the labor law of the State of New York and the United States shall be carried out in the performance of this work. CONTRACTOR RELATIONSHIP The relationship created by the contract between the college and the contractor is one of an independent contractor and it is no way to be construed as creating an agency relationship between the college and the contractor nor is it to be construed as, in any way or under any circumstances, creating or appointing the contractor as an agent of the college for any purpose whatsoever. WORKERS’ COMPENSATION BENEFITS This contract shall be void and of no force and effect unless the contractor shall provide and maintain coverage during the life of this contract for the benefit of such employees as are required to be covered by the provisions of the Workers' Compensation Law. NON-DISCRIMINATION REQUIREMENTS In accordance with Article 15 of the Executive Law (also known as the Human Rights Law) and all other State and Federal statutory and constitutional non-discrimination provisions, the contractor will not discriminate against any employee or applicant for employment for any prohibitive reason, including by way of example and not in limitation of race, creed, color, sex, national origin, age, disability or marital applicant status. GOVERNING LAW This contract shall be governed by the laws of the State of New York except where the Federal supremacy clause requires otherwise. SERVICE OF PROCESS In addition to the methods of service allowed by the New York State Civil Practice Law & Rules ("CPLR"), contractor hereby consents to service of process upon it by registered or certified mail, return receipt requested. Service hereunder shall be complete upon contractor's actual receipt of process or upon the college's receipt of the return thereof by the United States Postal Service as refused or undeliverable. Contractor must promptly notify the college, in writing, of each and every change of address to which service of process can be made. Service by the college to the last known address shall be sufficient. LICENSES AND PERMITS Contractor shall obtain all licenses and permits necessary for the proper performance of the contract. 8 AMENDMENTS This contract may not be amended, modified or supplemented except by written agreement of the parties hereto. SEVERABILITY Any term or provision of this contract which is invalid or unenforceable in any jurisdiction shall, as to that jurisdiction, be ineffective to the extent of such invalidity or unenforceability without rendering invalid or unenforceable the remaining terms and provisions of this contract or affecting the validity or enforceability of any of the terms or provisions of this contract in any other jurisdiction. If any provision of this contract is so broad as to be unenforceable, the provision shall be interpreted to be only so broad as is enforceable. MODIFICATION This writing contains the entire agreement of the parties with respect to the subject matter hereof. No representations were made or relied upon by either party, other than those expressly set forth. No agent, employee or other representative of either party is empowered to alter any term of this contract unless done in writing and signed by an officer of the parties. JURISDICTION AND VENUE All actions or proceedings relating to this contract, its existence, validity, performance or nonperformance, seeking the enforcement or interpretation of its terms or remedies for its breach shall be brought only in the Supreme Court of the State of New York for the County of Rensselaer, and all parties consent to the exclusive jurisdiction and venue of such court and waive the defense of forum non conveniens. NOTICES All notices and other communications hereunder shall be in writing and shall be deemed to have been duly given if delivered by messenger, or mailed by registered or certified mail, postage prepaid, to the respective parties. FREEDOM OF INFORMATION COMPLIANCE Hudson Valley Community College is subject to the provisions of the New York Freedom of Information Law (“FOIL”), and, subject to statutory exceptions, is required to make all records (as defined by FOIL) available to the public upon proper request. Any person desiring to maintain or preserve the secrecy or confidentiality of any part of this submission should specify, in writing, the part of the record sought to be protected, and the statutory basis upon which Hudson Valley Community College would be justified in denying access. There can be no guarantee that Hudson Valley Community College can or will maintain the secrecy or the confidentiality of any part of the record. ALTERNATIVE BIDS Bidders are invited to submit alternative bids that the vendor feels will provide the best service in fulfilling the needs of the college. 9 SPECIFICATIONS FOR BID NO. 3813 PURCHASE OF AUTOBODY SUPPLIES Hudson Valley Community College is seeking bids for autobody supplies, based on the following list and specifications. Supplies will be purchased from September 1, 2020 through August 31, 2021. • Vendors should state if there will be any shipping or delivery charges. • Vendor should state length of time pricing will remain firm. AUTOBODY SUPPLIES ITEM NO. DESCRIPTION PRICE EACH 1. 3M01050 6" HOOKIT DA DISC P1500 $ 2. 3M01068 6" HOOKIT DA DISC P1200 $ 3. 3M01070 6" HOOKIT DA DISC P800 $ 4. 3M01071 6" HOOKIT DA DISC P600 $ 5. 3M01075 6" HOOKIT DA DISC P320 $ 6. 3M01077 6" HOOKIT DA DISC P240 $ 7. 3M01078 6" HOOKIT DA DISC P220 $ 8. 3M01079 6" HOOKIT DA DISC P180 $ 9. 3M01083 6" HOOKIT DA DISC P80 $ 10. 3M01375 6" STIKIT DA DISC ROLL P320 $ 11. 3M01378 6" STIKIT DA DISC ROLL P220 $ 12. 3M01379 6" STIKIT DA DISC ROLL P180 $ 13. 3M01383 6" STIKIT DA DISC ROLL P80 $ 14. 3M01397 2" ROLOC DISC 36G $ (Continued, next page) 10 ITEM NO. DESCRIPTION PRICE EACH 15. 3M1406 3" ROLOC DISC 50 GR, BOX/25 $ 16. 3M01407- 3" ROLOC DISC 36GR, Box/25 $ 17. 3M01551- 8" STIKIT PRODUCTION DISC 36E 5/PK $ 18. 3M01923- 7" X 7/8" FIBRE DISC 24GR BOX/20 $ 19. 3M01988- 3" X 1/16" X 3/8" CUT OFF WHEEL CASE/50 $ 20. 3M02021- 5 1/2" X 9" WET/DRY SHEETS ULTRAFINE 1000 50/SLEEVE $ 21. 3M02022- 5 1/2" X 9" WET/DRY SHEETS MICROFINE 1200 50/SLEEVE $ 22. 3M02023- 5 1/2" X 9" WET/DRY SHEETS MICROFINE 1500 50/SLEEVE $ 23. 3M02036 9" x 11" WET/DRY SHEETS 600A 75/SLEEVE $ 24. 3M02038- 9" X 11" WET/DRY SHEETS P400 50/SLEEVE $ 25. 3M02040 9" x 11" WET/DRY SHEET P320 $ 26. 3M02043 9" X 11" WET/DRY SHEETS P220 50/SLEEVE $ 27. 3M02044 5 1⁄2 X 9" WET/DRY P2000 $ 28. 3M02045 5 1⁄2 X 9 WET/DRY 2500 $ 29. 3M02230- 2 3/4" X 16 1/2" STIKIT PRODUCT. SHEET 80D+ BOX/100 $ 30. 3M02231 2 3⁄4" x 16 1⁄2" STIKIT PROD SHEET 40E BOX/100 $ 31. 3M02591- STIKIT ABRASIVE ROLLS P320 BOARD ROLL $ 32. 3M02593- STIKIT ABRASIVE ROLLS P240 2 3⁄4 " X 45 YDS BOARD ROLL $ 33. 3M02595- STIKIT ABRASIVE ROLLS P180 $ (Continued, next page) 11 ITEM NO. DESCRIPTION PRICE EACH 34. 3M02599 - 2 3/4 X 25 STIKIT ABRASIVE ROLL P80 BOARD ROLL $ 35. 3M05441 – STIKIT HAND BLOCKS 2 3/4" x 5" $ 36. 3M05444- STIKIT HAND FILE BOARD $ 37. 3M05719- PERFECT-IT 3 COMPOUNDING PAD $ 38. 3M05723 FOAM COMPOUNDING PAD, PK/2 – WHITE $ 39. 3M05725- PERFECT FOAM POLISHING PAD 8" BAG/2 - BLACK $ 40. 3M05751 FOAM POLISHING PAD 8" PK/2 – BLUE $ 41. 3M05776- HOOKIT DISC PAD 6" $ 42. 3M5917 SPRAY WELD THRU II $ 43. 3M05913- WELD-THRU COATING SILVER 16OZ. $ 44. 3M05936- PERFECT-IT 3 EXTRA CUT RUB. COMPOUND- QT. $ 45. 3M05937- PERFECT-IT 3 MACHINE GLAZE QT. $ 46. 3M05941- PERFECT-IT 3 FINISHING GLAZE-QT $ 47. 3M06006- LIQUID WAZ- GAL. $ 48. 3M06016- PERFECT-IT 3 DETAILING CLOTH PK/6 $ 49. 3M06064 MACHINE POLISH – BLACK CAP $ 50. 3M06068 ULTRAFINE MACHINE POLISH – BLUE CAP $ 51. 3M06085 RUBBING COMPOUND – WHITE CAP $ 52. 3M06297- DART TAPE 1/2" 54.6 YD FOAM EDGE $ 53. 3M06298- DART TAPE 3/4" 27.3 YD FOAM EDGE $ 54. 3M06349 – 2" X 11 YDS TRIM MASK $ (Continued, next page) 12 ITEM NO. DESCRIPTION PRICE EACH 55. 3M06382 1⁄2” X 20, TWO SIDED TAPE $ 56. 3M06383- DOUBLE-COAT FOAM TAPE GRAY 7/8" X 20 YDS $ 57. 3M06384- DOUBLE-COAT FOAM TAPE GRAY 1/2" X 5 YDS. $ 58. 3M06397- DOUBLE-COAT FOAM TAPE GRAY 1/2" X 10 YDS. $ 59. 3M06404- # 471 PLASTIC TAPE BLUE 1/8" X 36 YDS $ . 60. 3M06405- #471 PLASTIC TAPE BLUE 1/4" X 36YDS. $ 61. 3M06706- SCOTCHBLOK MASK. PAPER 6" X 750 FT $ 62. 3M06840 PAINT BOOTH COATING 5G $ . 63. 3M06847- OVERSPRAY MASK. LIQUID-DRY -GAL. $ 64. 3M06975- TARTAN SILVER DUCT TAPE #3939 $ 65. 3M07048- RESPIRATOR N95 BOX/20 $ 66. 3M07189 WELD FUME RESPIRATOR $ 67. 3M07192- MAINTENANCE FREE RESPIRATOR ASSEM. P95-MED $ 68. 3M07193- MAINTENANCE FREE RESPIRATOR ASSEM. P95- LARGE $ 69. 3M07447- SCOTCH-BRITE PAD MAROON BOX/20 $ 70. 3M07448- SCOTCH-BRITE FINE PAD GRAY BOX/20 $ 71. 3M07461 SCOTCH-BRITE ROLOC COATING REMOVAL DISC – BLACK BOX/10 $ 72. 3M07466 SCOTCH-BRITE ROLOC + CLEAN & STRIP DISC - BLACK $ 73. 3M 7528 ROLOC BRISTLE DISC (WHITE) $ (Continued, next page) 13 ITEM NO. DESCRIPTION PRICE EACH 74. 3M7525 ROLOC BRISTLE DISCS (YELLOW) $ 75. 3M07481- SCOTCH-BRITE ROLOC DISC 2" MED MAROON $ 76. 3M7485 SCOTCH BRITE ROLOC DISC 3" (BROWN) $ 77. 3M7480 SCOTCH BRITE ROLOC DISC 2" (BROWN) $ 78. 3M7546 SCOTCH BRITE DISC 1 1/2" X 5/8" COURSE $ 79. 3M7547 SCOTCH BRITE BRAKE HUB CLEAN TOOL $ 80. 3M08008 SUPER WEATHERSTRIP ADHESIVE BLACK 5OZ. $ 81. 3M08011 – WEATHER STRIP $ 82. 3M08061- PLASTIC & EMBLEM ADHEVISE CLEAR 5OZ. $ 83. 3M08090- SUPER TRIM ADHESIVE YELLOW 24OZ. $ 84. 3M08116 – PANEL BOND ADHESIVE $ 85. 3M08219 – 200 MC SMC/FBRGLSS PAN $ 86. 3M08360 SEAM SEALER WHITE $ 87. 3M08361 GRAY ULTRA URETHANE $ 88. 3M08398- FLEX. PAC. APPLICATOR GUN $ 89. 3M08609- SUPER FAST URETHANE BLACK 10OZ. CART. $ 90. 3M8612 3/8" WINDOW RIBB. $ 91. 3M08656 – BRUSH SEAM SEAL $ 92. 3M08681 – SINGLE STEP PRIMER $ 93. 3M08686- URETHANE PRIMER BLACK 125ML $ 94. 3M8689 – FAST CURE AUTO GLASS URETHANE $ (Continued, next page) 14 ITEM NO. DESCRIPTION PRICE EACH 95. 3M08881- UNDERCOATING- BLACK 20OZ. AERO. $ 96. 3M08984- GEN. PURP. ADHESIVE CLEANER -QT. $ 97. 3M16000- STANDARD PPS LID/LINER BOX/50 $ 98. 3M16001- STANDARD CUP & COLLAR $ 99. 3M16023 LARGE CUP & COLLAR $ 100. 3M16024- LARGE PPS LID/LINER BOX/25 $ 101. #16301 WATERBOURNE PPS LID/LINER STANDARD – BOX OF 50 LIDS & LINERS $ 102. 3M26334- AUTO REFINISH MASK. TAPE 3/4" GREEN 48/CASE $ 103. 3M26338 AUTO REFINISH MASK TAPE 1 1⁄2" GREEN 16/CASE $ 104. 3M26340- AUTO REFINISH MASK. TAPE 2" GREEN $ 105. AESRB- RAZOR BLADES BOX/100 $ 106. AES202- BLACK SQUEEGEE $ 107. AES557 – 7" PHENOLIC BACK PLATE $ 108. ALBGS16- SUPER SHEETING $ 109. CS100 12" x 12" BLACK CLEAN SHEETS $ 110. DF705 GEARED ERASER WHEEL $ 111. DOX125 WATERBOURNE STRAINERS, PKG/250 $ 112. DOX249 9 OZ. MIX CUP $ 113. DOX 251 32 OZ MIX CUP $ 114. DOX 25IL LID FOR 32 OZ CUP $ 115. DOX384 MIX STICK $ (Continued, next page) 15 ITEM NO. DESCRIPTION PRICE EACH 116. DYN498 32 SQ FT FIBERGLASS CLOTH $ 117. E-4143 SONTARA TOWELS BX/100 $ 118. EZM 71128 MOULD PREP $ 119. EZM 78000 40/PK E-Z DAPPER $ 120. TACK RAGS PK/12 $ 121. GLE 1204- 4" PLASTIC SPREADERS $ 122. HNS 1002 BX/500 HEAVY PULL STUD $ 123. JUM12G 12" MASK PAPER $ 124. JUM18G- 18" MASK. PAPER BUNDLE OF 2 $ 125. JUM36G – 36” MASK PAPER $ 126. KLECGC111-NAKED GUN 5GAL. $ 127. KLEGAR777- REMOVER -GAL $ 128. LB900C-10 RECYCLER BAGS 10/PK $ 129. MEG C 2000 DETAILING CLAY $ 130. MEGW64 6" BACKING PLATE $ 131. MRS 30200 SEAT COVERS $ 132. MRS 30203 BOX/250 MATS $ 133. MRS42371- WINDOW REG. RIVET $ 134. SEM38203 SPRAY GUIDE COAT BK $ 135. SEM38338- SCUFF & CLEAN $ 136. SEM39143 TRIM BLACK $ (Continued, next page) 16 ITEM NO. DESCRIPTION PRICE EACH 137. SEM39337 DOOR SKIN ADHESIVE $ 138. SEM39357 FLEXIBLE FOAM $ 139. SEM39377 SEAM SEALER $ 140. SEM39387 SELF LEVELING SEAM SEALER $ 141. SEM39537- WELD BOND 60 MIN. $ 142. SEM39542 CARBO FILLER $ 143. SEM39683- SELF ETCH PRIMER $ 144. SEM39747 PANEL ADHESIVE $ 145. SEM39767- PLASTIC REPAIR $ 146. SEM39777 HIGH BUILD SEAM SEALER $ 147. SEM39783 WELD-THRU PRIMER $ 148. SEM39897 PATCH PANEL ADHESIVE $ 149. SEM39977 VIBRATION CONTROL MATERIAL $ 150. SEM39997 RIGID FOAM $ 151. SEM40207 30 SEC. GLUE $ 152. SEM40507 60 SEC. GLUE $ 153. SEM70006- REINFORCING TAPE $ 154. SEM70013 MIXING TIPS BX/50 $ 155. SU4901 – SPONGE $ 156. SU4902 – WIPE $ 157. SU4903 – ADHESION PROMOTER QUART $ (Continued, next page) 17 ITEM NO. DESCRIPTION PRICE EACH 158. SUA4903 ADHESION PROMOTER (AEROSOL) $ 159. SUR2985 – BOX DUST MASKS $ 160. SUR6533 L. PAINTER GLOVES $ 161. SUR6604- THICKSTERS XL GLOVES $ 162. SUR6854 – X-LRG DISPOSE PAINT SUIT $ 163. TRU18- PINT CAN W/LID $ 164. TRU14- QUART CAN W/LID $ 165. TRU1G- GALLON CAN W/LID $ 166. UNR1028125 RECYCLER FILTER BAG (MESH) $ 167. UNR1028126 RECYCLER FILTER BAG $ 168 USC16060- BODY FILLER GAL. $ 169. USC24030- DURA-GLASS- GAL. $ 170. USC26006- ICING $ 171. USC30010 2 OZ. LIQUID HARDNER $ 172. USC58020- RESIN & HARDER- GAL. $ 173. WNE811- CLIP NUTS BOX/50 $ 174. WNE2140-SCREW NAILS BOX/50 $ 175. WNE2193-4.2MM HEX SCREW BOX/50 $ 176. WNE2223- BUMPER RIVETS $ 177. WNE2232- MOULDING CLIPS-BOX/25 $ 178. WNE2255-CLIP NUTS BOX/50 $ (Continued, next page) 18 ITEM NO. DESCRIPTION PRICE EACH 179. WNE2279- PLASTIC SCREWS BOX/25 $ 180. WNE2388- PLASTIC RETAINERS BOX/25 $ 181. WNE5903- 8MM LONG CLIP NUTS $ 182. WNE5910- 8MM BOLTS BOX/25 $ 183. USC 30020 MARSON FIBER GLASS HARDENER 11CC $ 184. 21150 MARSON BODY FILES BOX/10 $ 185. 21151 MARSON BODY FILES BOX/10 $ 186. 30207 MARSON PLASTIC CAR COVER - 16" WIDE $ 187. 81140 MARSON FIBERGLASS CLOTH $ 188. 40118 MARSON 1/8" X 1/4" RIVETS BOX/500 $ 189. 40122 MARSON 1/8" X 1/2" RIVETS BOX/500 $ 190. 40247 MARSON 3/16" X 1/4" RIVETS $ 191. 40152 MARSON RIVETS 3/16" X 1/2" $ PAINTS 192. SUA8080 UV PRIMER $ 193. DC3000G HIGH VELOCITY CLEAR $ 194. DC4000G VEL-PREM CLEAR $ 195. DCH3070Q LOW TEMP HARDNER $ 196. DCH3085Q LOW MED TEMP HARDNER $ 197. DITDX840G BLENDING SOLVENT $ 198. DITEH392Q HARDNER $ 199. ECP11 GAL. WHITE SURFACER $ (Continued, next page) 19 ITEM NO. DESCRIPTION PRICE EACH PAINTS (continued) 200. ECP15 GAL. GRAY SURFACER $ 201. ECP17 GAL. BLACK SURFACER $ 202. ECS61 GAL. WHITE SEALER $ 203. ECS65 GAL. GRAY SEALER $ 204. ECS67 GAL. BLACK SEALER $ 205. EH391 QT. UNDERCOAT HARDNER $ 206. T400 2L MIX TINT $ 207. T401 HL MIX TINT $ 208. T402 HL MIX TINT $ 209. T404 HL MIX TINT $ 210. T405 HL MIX TINT $ 211. T406 1L MIX TINT $ 212. T407 2L MIX TINT $ 213. T411 1L MIX TINT $ 214. T412 1L MIX TINT $ 215. T413 1L MIX TINT $ 216. T414 2L MIX TINT $ 217. T415 HL MIX TINT $ 218. T420 1L MIX TINT $ 219. T421 HL MIX TINT $ (Continued, next page) 20 ITEM NO. DESCRIPTION PRICE EACH PAINTS (continued) 220. T422 HL MIX TINT $ 221. T423 HL MIX TINT $ 222. T425 HL MIX TINT $ 223. T426 HL MIX TINT $ 224. T427 1L MIX TINT $ 225. T428 HL MIX TINT $ 226. T429 HL MIX TINT $ 227. T430 1L MIX TINT $ 228. T431 1L MIX TINT $ 229. T432 1L MIX TINT $ 230. T433 HL MIX TINT $ 231. T435 1L MIX TINT $ 232. T436 HL MIX TINT $ 233. T438 1L MIX TINT $ 234. T439 1L MIX TINT $ 235. T440 HL MIX TINT $ 236. T441 HL MIX TINT $ 237. T442 HL MIX TINT $ 238. T443 1L MIX TINT $ 239. T444 1L MIX TINT $ 240. T445 1L MIX TINT $ (Continued, next page) 21 ITEM NO. DESCRIPTION PRICE EACH PAINTS (continued) 241. T447 2L MIX TINT $ 242. T448 2L MIX TINT $ 243. T451 HL MIX TINT $ 244. T452 HL MIX TINT $ 245. T453 1L MIX TINT $ 246. T454 1L MIX TINT $ 247. T455 HL MIX TINT $ 248. T456 1L MIX TINT $ 249. T457 HL MIX TINT $ 250. T458 HL MIX TINT $ 251. T459 1L MIX TINT $ 252. T460 1L MIX TINT $ 253. T461 HL MIX TINT $ 254. T462 1L MIX TINT $ 255. T465 HL MIX TINT $ 256. T466 HL MIX TINT $ 257. T468 HL MIX TINT $ 258. T471 2L MIX TINT $ 259. T472 2L MIX TINT $ 260. T473 2L MIX TINT $ 261. T474 1L MIX TINT $ (Continued, next page) 22 ITEM NO. DESCRIPTION PRICE EACH PAINTS (continued) 262. T475 2L MIX TINT $ 263. T476 2L MIX TINT $ 264. T477 1L MIX TINT $ 265. T479 1L MIX TINT $ 266. T489 HL MIX TINT $ 267. T490 2L TINTED CLEAR ADDITIVE $ 268. T491 1L MATTLING BASE $ 269. T494 01 THINNER $ 270. T499 FLOCCULART AGENT $ 271. T510 1L WB ENGINE BAY CONVERTER $ 272. T581 OB WB ENGINE BAY ACTIVATOR $ 273. T588 OB ENVIROBASE MODIFIER $ 274. T595 01 HIGH TEMP/LOW HUMIDITY THINNER $ 275. T4000 HL MIX TINT $ 276. T4001 HL MIX TINT $ 277. T4002 HL MIX TINT $ 278. T4003 HL MIX TINT $ 279. T4004 HL MIX TINT $ 280. T4005 HL MIX TINT $ 281. T4006 HL MIX TINT $ 282. T4007 HL MIX TINT $ (Continued, next page) 23 ITEM NO. DESCRIPTION PRICE EACH PAINTS (continued) 283. T4008 HL MIX TINT $ 284. T4020 HL MIX TINT $ 285. T4021 HL MIX TINT $ 286. T4022 HL MIX TINT $ 287. T4023 HL MIX TINT $ 288. T4023 HL MIX TINT $ 289. T4024 HL MIX TINT $ 290. T4025 HL MIX TINT $ 291. T4026 HL MIX TINT $ 292. T4031 HL MIX TINT $ 293. T4032 HL MIX TINT $ 294. T4033 HL MIX TINT $ 295. T4034 HL MIX TINT $ 296. T4037 HL MIX TINT 297. T4040 HL MIX TINT $ 298. T4281 HL MIX TINT $ 299. SU4901 6Z ONE CHOICE SPONGE $ 300. SU4902 2Z ONE CHOICE WIPE $ 301. SU4903 04 ONE CHOICE PLASTIC BOND $ 302. SU4985 MATTING AGENT $ 303. TRE4182 SPRAYABLE SEALER $ (Continued, next page) 24 ITEM NO. DESCRIPTION PRICE EACH 304. DP40LFQ- GRAY EPXY PRIMER $ 305. DP50LFQ-PRIMER SURFACER $ 306. DP90LFQ- BLACK EPXY PRIMER $ 307. DP401LFQ- CATALYST $ 308. DP402LFQ-CATALYST $ 309. DPX801Q UNIVERSAL PLASTI $ 310. DT5, 5 GAL. PAIL THINNER $ 311. DT860G REDUCER $ 312. DT870G-REDUCER $ 313. DT885G WARM URT REDUCER $ 314. DT895G REDUCER $ 315. DX696- GUN CLEANER GALLON $ 316. DX103G-MULTI-PREP $ 317. DX330G- WAX & GREASE REMOVER $ 318. DX394G 1.4 LOW VOC. CLEANER $ 319. DYN487- FIBERGLASS MAT $ 320. DYN498- FIBERGLASS CLOTH $ 321. FIB633 24 OZ TUBE FIBER TECH $ 322. K36G PRIMA ACRYLIC $ 323. K201Q PRIMER SURFACER $ 324. MC270G OMNI 4-1 PROD $ (Continued, next page) 25 ITEM NO. DESCRIPTION PRICE EACH 325. MC2800G CLEAR $ 326. MH277Q OMNI HARDNER MED $ 327. MH278 OMNI HARDNER SLOW – QUART $ 328. MH2890Q HARDNER $ 329. MP243G OMNI GRAY POLYESTER $ 330. MS251 5 GAL. GENERAL PURPOSE $ 331. MX241G-GRAY POLY PRIMER $ 332. NCP250G-PRIMER $ 333. NCP270G CORROSION RESIST $ 334. NCX255Q-CATALYST $ 335. NCX275Q CPRRSOPM $ 336. DEVDPC600 32 OZ. CUPS CASE/32 $ 337. DEVDPC601 24 OZ. CUPS CASE/32 $ 338. DEVDPC602 9 OZ. CUPS CASE/32 $ 339. DEVDPC608 PK/2 32 OZ. HARD CUP FRAME $ 340. DEVDPC606 PK/2 24 OZ. HARD CUP FRAME $ 341. DEVDPC607 PK/2 9 OZ. HARD CUP FRAME $ 342. DEVDPC42K24 125 MICRON FILTER DISK $ 343. NORTON 4 X 9 VERY FINE SCUFF PAD $ 344. NORTON 4 X 9 ULTRA FINE SCUFF PAD $ 345. NORTON 4 X 9 SUPER FINE SCUFF PAD $ (Continued, next page) 26 ITEM NO. DESCRIPTION PRICE EACH 346. NORTON 80 GRIT 6 IN. VELCRO DA DISC $ 347. NORTON 220 GRIT 6 IN. VELCRO DA DISC $ 348. NORTON 320 GRIT 6 IN. VELCRO DA DISC $ 349. NORTON 400 GRIT 6 IN. VELCRO DA DISC $ 350. NORTON 600 GRIT 6 IN. VELCRO DA DISC $ 351. NORTON 800 GRIT 6 IN. VELCRO DA DISC $ 352. NORTON 1000 GRIT 6 IN. VELCRO DA DISC $ 353. NORTON 1500 GRIT 6 IN. VELCRO DA DISC. $ 354. NORTON 80 GRIT 2-3/4 X 16-1/2 PSA SHEET $ 355. NORTON 80 GRIT 2-3/4 X 25 YDS LONG BOARD ROLL $ 356. NORTON 180 GRIT 2-3/4 X 45 YDS LONG BOARD ROLL $ 357. NORTON 220 GRIT 2-3/4 X 45 YDS LONG BOARD ROLL $ 358. NORTON 320 GRIT 2-3/4 X 45 YDS LONG BOARD ROLL $ 359. NORTON 1000 GRIT FOAM ABRASIVE DISC $ 360. NORTON 3000 GRIT FOAM ABRASIVE DISC $ 361. NORTON 36 GRIT 8 IN. PSA DISC $ 362. NORTON 80 GRIT 8 IN. PSA DISC $ 363. NORTON 36 GRIT LB 2-3/4 X 16-1/2 CLIP-ON $ 364. MOTSD1 SPIN DOCTOR FOAM PAD CLEANER $ 365. SAT132993 WSB NOZZLE SET $ 366. SAT35675 TEAR OFF SHEETS PK/25 $ (Continued, next page) 27 ITEM NO. DESCRIPTION PRICE EACH 367. SAT13904 VISION 2000 CHARCOAL FILTER $ 368. SAT38638 BLACK BAFFLE $ 369. SHA19930 606B REPLACEMENT FILTER $ 370. PRT131732 SCUFF STUFF $ 371. PRT131932 ULTRA CUTTING CRÈME $ 372. PRT133432 ULTRA CUTTING CRÈME LIGHT $ 373. PRT133532 ULTRA 1500 CRÈME $ 374. PRT133632 CHROMA SWIRL REMOVER $ 375. PRT890084WD YELLOW WOOL PAD $ 376. PRT890085WD GREEN DBL SIDE WOOL PAD $ 377. PRT890086WD BLUE POLISH WOOL PAD $ 378. PRT890089FD YELLOW FOAM CUTTING PAD $ 379. PRT890090FD GREEN FOAM PAD $ 380. PRT890091FD BLUE FOAM PAD $ 381. PRT890099 SPINDLE ADAPTER 5/8 $ 382. PRT130901 SPRAY AND SHINE GAL. $ 383. PRT130922 SPRAY AND SHINE IN TRIGGER BOTTLE 22 OZ. $ 384. 200-100 46 X 100 FLOOR FILTER $ 385. 560-020 35 X 45 CEILING FILTER BOX/9 $ 386. VIL00190027X59 PREFILTER PAD $ 387. BIBTLD 30/54 PAINT BOOTH BULBS $ (Continued, next page) 28 ITEM NO. DESCRIPTION PRICE EACH 388. QCB 112 KLEENSTRIP BOOSTER $ 389. DX840G UNIVERSAL BLEND SOLVENT $ 390. SX1060Q – ROLLABLE SURFACER $ 391. SX10618Z – 8 OZ HARDNER $ 392. SX1068 – ROLLER HANDLE $ 393. SX1069 – ROLLER PAN $ 394. SX1066 – 10/PK LT BLD ROLLER $ 395. AMERICAN 00268 2"X10.94 YDS TRIMFAST TAPE $ 396. AMERICAN 00312 36MM (1.41") MASK TAPE (60 YD) BX/24 $ 397. AMERICAN 00308 36MM (1.41") ORANGE MASK TAPE (60 YD) BX/24 $ 398. AMERICAN 00306 18MM (.70") ORANGE MASK TAPE (60 YD) BX/48 $ 399. MOTHERS 08712 FINISHING POLISH/FOAM PAD POLISH 12 OZ. $ 400. MOTHERS 08612 RUBBING COMPOUND 12 OZ. $ 401. MOTHERS 81232 HEAVY DUTY RUBBING COMPOUND 32 OZ. $ 402. MOTHERS 81132 RUBBING COMPOUND 32 OZ. $ 403. NORTON 00904 6" HALF MOON NORGRIP DISC $ 404. NORTON 03078 4 1/2" X 5 1/2" X 3/16" MICRO FINE SOFT TOUCH SPONGES BX/20 $ 405. NORTON 03077 4 1/2" X 5 1/2" X 3/16" ULTRA FINE SOFT TOUCH SPONGES BX/20 $ 406. NORTON 03076 4 1/2" X 5 1/2" X 3/16" SUPER FINE SOFT TOUCH SPONGES BX/20 $ (Continued, next page) 29 ITEM NO. DESCRIPTION PRICE EACH 407. NORTON 03023 4" X 30' THIN FLEX MAROON SCUFF PAD ROLL $ 408. NORTON 03021 4" X 30' THIN FLEX GRAY SCUFF PAD ROLL $ 409. NORTON 03345 16' X 350' BLUE SHEETING $ 410. NORTON 05482 6" X 750' BLUE MASKING PAPER BX/6 $ 411. NORTON 05480 18" X 750' BLUE MASKING PAPER BX/2 $ 412. NORTON 05479 12" X 750' BLUE MASKING PAPER BX/3 $ 413. NORTON 05624 4" X 5/8" X 5/16-24 MANDREL $ 414. NORTON 05623 ATTACHMENT TAPE ADHESION PROMOTER – 200 ML $ 415. NORTON 05621 1/2" X 20 YDS ATTACHMENT TAPE $ 416. NORTON 05620 1/4" X 20 YDS ATTACHMENT TAPE $ 417. NORTON 05922 WHEEL MASKERS ROLL/50 $ 418. NORTON 05920 36' X 100' 3 MIL THICK WEATHER BARRIER $ 419. NORTON 06261 2-3/4" X 13 YDS SHEET ROOL P8OC $ 420. NORTON 06258 2-3/4" X 13 YDS SHEET ROOL P150B $ 421. NORTON 06257 2-3/4" X 13 YDS SHEET ROOL P180B $ 422. NORTON 06256 2-3/4" X 13 YDS SHEET ROOL P220B $ 423. NORTON 06255 2-3/4" X 13 YDS SHEET ROOL P320B $ 424. NORTON 07787 6" MULTI-AIR CYCLONIC P800B DISC BX/50 $ 425. NORTON 07786 6" MULTI-AIR CYCLONIC P600B DISC BX/50 $ 426. NORTON 07785 6" MULTI-AIR CYCLONIC P500B DISC BX/50 $ 427. NORTON 07784 6" MULTI-AIR CYCLONIC P400B DISC BX/50 (Continued, next page) 30 ITEM NO. DESCRIPTION PRICE EACH 428. NORTON 07781 6" MULTI-AIR CYCLONIC P320B DISC BX/50 $ 429. NORTON 07776 6" MULTI-AIR CYCLONIC P220B DISC BX/50 $ 430. NORTON 07775 6" MULTI-AIR CYCLONIC P180B DISC BX/50 $ 431. NORTON 07774 6" MULTI-AIR CYCLONIC P150B DISC BX/50 $ 432. NORTON 07770 6" MULTI-AIR CYCLONIC P80C DISC BX/50 $ 433. NORTON 09194 3" SPEED-LOK SURFACE BLENDING BROWN DISCS BX/25 $ 434. NORTON 09193 3" SPEED-LOK SURFACE BLENDING MAROON DISCS BX/25 $ 435. NORTON 29518 2-3/4" X 13 YDS SHEET ROLL P400B $ 436. NORTON 31054 4" TR+ BLAZE RAPID STRIP DISC $ 437. NORTON 39385 9" X 11" BLACK ICE WATERPROOF SHEET P400B PK/50 $ 438. NORTON 39383 9" X 11" BLACK ICE WATERPROOF SHEET P600B PK/50 $ 439. NORTON 39382 9" X 11" BLACK ICE WATERPROOF SHEET P800B PK/50 $ 440. NORTON 39381 9" X 11" BLACK ICE WATERPROOF SHEET 1000B PK/50 $ 441. NORTON 39380 9" X 11" BLACK ICE WATERPROOF SHEET 1200B PK/50 $ 442. NORTON 39379 9" X 11" BLACK ICE WATERPROOF SHEET 1500B PK/50 $ 443. NORTON 39375 5-1/2" X 9" BLACK ICE WATERPROOF SHEET P600B PK/50 $ 444. NORTON 39373 5-1/2" X 9" BLACK ICE WATERPROOF SHEET 1000B PK/50 $ (Continued, next page) 31 ITEM NO. DESCRIPTION PRICE EACH 445. NORTON 39372 5-1/2" X 9" BLACK ICE WATERPROOF SHEET 1200B PK/50 $ 446. NORTON 45359 3/8" x 13" BLAZE 60G PORTABLE FILE BELT $ 447. NORTON 55105 3" SPEED-LOK BACK-UP PAD $ 448. NORTON 55103 2" SPEED-LOK BACK-UP PAD $ 449. NORTON 57616 4-1/2" X 82' ROTOLO FOAM ROLL P1000 $ 450. NORTON 62330 3" TR BLAZE SPEED-LOK 50G DISCS BX/25 $ 451. NORTON 62328 3" TR BLAZE SPEED-LOK 36G DISCS BX/25 $ 452. NORTON 62320 2" TR BLAZE SPEED-LOK 50G DISCS BX/25 $ 453. NORTON 62318 2" TR BLAZE SPEED-LOK 36G DISCS BX/25 $ 454. NORTON 70735 13MM (1/2" X 54.5) FOAM MASKING TAPE $ 455. NORTON 82780 PANEL AND ADHESIVE CLEANER QT. $ 456. NORTON 82786 URETHANE SEAM SEALER APPLICATION GUN $ 457. NORTON 82751 URETHANE SEAM SEALER WHITE SAUSAGE PACK $ 458. NORTON 82750 QUICK-SET SEAM SEALER $ 459. NORTON 82735 URETHANE WINDSHIELD SEALER $ 460. NORTON 89032 3" X 1/32"X 3/8" MEDALLION CUT-OFF BLADE PK/5 $ 461. NORTON 92150 3/8" X 13" BLAZE 80G PORTABLE FILE BELT $ 462. NORTON 94466 2-3/4" X 16-1/2" MULTI-AIR BODY FILE SHEET P180B PK/50 $ 463. NORTON 94463 2-3/4" X 16-1/2" MULTI-AIR BODY FILE SHEET P80C PK/50 $ (Continued, next page) 32 ITEM NO. DESCRIPTION PRICE EACH 464. NORTON 94450 2-3/4" X 16-1/2" MULTI-AIR BODY FILE SHEET P40E PK/50 $ 465. NORTON 98006 5" X 7/8" BLAZE GRINDING 36G DISCS BX/25 $ Will Shipping Be Charged? Yes _____ No _____ $ Your attention is drawn to the number of requested copies of your bid to be submitted, on page two, “Bidders Responsibility”, “(b)”. Please do not return the entire bid document along with your proposal. Please return only the required signed documents along with the requested number of copies of your bid. 33 GENERAL MUNICIPAL LAW S. 103.a Ground for cancellation of contract by municipal corporation and fire districts. A clause shall be inserted in all specifications or contracts made or awarded by a municipal corporation or any public department, agency or official thereof on or after the first day of July, nineteen hundred fifty-nine or by a fire district or any agency or official thereof on or after the first day of September, nineteen hundred sixty, for work or services performed or to be performed, or goods sold or to be sold, to provide that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, and any political subdivision thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract. (1) Such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or fire district, or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and to provide also that (2) Any and all contracts made with any municipal corporation or any public department, agency or official thereof on or after the first day of July, nineteen hundred fifty-nine or with any fire district or any agency or official thereof on or after the first day of September, nineteen hundred sixty, by such person, and by any firm, partnership or corporation of which he is a member, partner, director of officer may be canceled or terminated by the municipal corporation or fire district without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation or fire district for goods delivered or work done prior to the cancellation or termination shall be paid. The provisions of this section as in force and effect prior to the first day of September, nineteen hundred sixty, shall apply to specifications or contracts made or awarded by a municipal corporation on or after the first day of July, nineteen hundred fifty-nine, but prior to the first day of September, nineteen hundred sixty. S. 103-b. Disqualification to contract with municipal corporations and fire districts. Any person who, when called before a grand jury to testify concerning any transaction or contract had with the state, any political subdivision thereof, a public authority, or with a public department, agency or official of the state or of any political subdivision thereof of a public authority, refuses to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or fire district, or with any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal or until a disqualification shall be removed pursuant to the provisions of section one hundred three-c of this article. It shall be the duty of the officer conducting the investigation before the grand jury before which the refusal occurs to send notice of such refusal, together with the names of any firm, partnership or corporation of which the person so refusing is known to be a member, partner, officer or director, to the superintendent of public works of the State of New York, and the appropriate departments, agencies and officials of the state, political subdivisions thereof or public authorities with whom the person so refusing and any firm, partnership or corporation of which he is a member, partner, director or officer, is known to have a contract. S. 103-c. Statement of non-collusion in contract with municipal corporation or fire districts. Every contract hereafter made or awarded by a municipal corporation or any public department, agency or official thereof or by a fire district or any agency or official thereof, pursuant to bid, for work or services following statement by the bidder, under penalty of perjury: Non-collusive bidding certification. The bidder certifies that: (a) the bid has been arrived at the bidder independently and has been submitted without collusion with any other vendor of materials, supplies, or equipment of the type described in the invitation for bids, and (b) the contents of the bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety of any bond furnished herewith prior to the official opening of the bid. 34 ART. 8 LABOR LAW 220-a. Statements showing amounts due for wages and supplements to be filed-verification. Before payment is made by or on behalf of the state if any city, county, town, village or other civil division of any sum or sums due on account of a contract for a public improvement it shall be the duty of the comptroller of the state or the financial officer of the municipal corporation or other officer or person charged with the custody and disbursement of the state or corporate funds applicable to the contract under and pursuant to which payment is made to require the contractor or subcontractor to file a statement in writing in form satisfactory to such officer certifying to the amounts then due and owing from such contractor or subcontractor filing such statement to or on behalf of any and all laborers for daily or weekly wages or supplements on account of labor performed upon the work under the contract, setting forth therein the names of the persons whose wages or supplements are unpaid and the amount due to each or on behalf of each respectively, which statement so to be filed shall be verified by the oath of the contractor or subcontractor as the case may be that he has read such statement subscribed by him and knows the contents thereof, and that the same is true of his own knowledge. 220-a as last amended by L1956, C750, eff. April 1, 1956. S 103.d Statement of non-collusion in bids and proposals to political subdivision of the state or fire district. Every bid or proposal hereafter made to a political subdivision of the state or any public department, agency or official thereof or by a fire district or any agency or official thereof, for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury: Non-collusive bidding certification. By submission of this bid or proposal, the bidder certified that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) that attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. IN THE CASE OF CORPORATE BIDDERS A RESOLUTION IN THE FOLLOWING FORM MUST ACCOMPANY THE BIDS. Resolved that _________________________________________ be __________________________________________ (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following project ___________________________________________________________ (Describe Project) and to include with such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by _________________________________________ corporation at a meeting of its board of directors held on the ____________ day of ________________, 20____. (SEAL OF CORPORATION) 35 NON-COLLUSIVE BIDDING CERTIFICATION (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. PRINT NAME SIGNATURE TITLE NAME OF CORPORATION FEDERAL ID# DATE: __________________________ 36 New York State Department of Taxation and Finance OTPA Sales Tax Exempt Organizations Unit Building 8, Room 425 W.A. Harriman Campus Albany, NY 12227 Hudson Valley Community College 80 Vandenburgh Avenue Troy, NY 12180-6096 Gentlemen: The Tax Law exempts New York State governmental entities, such as your organization, from the payment of sales and use taxes on their purchases. Tax exemption numbers and the Exempt Organization Certification, Form ST-119.1 are not issued to governmental entities. In order to make tax-free purchases, your organization must present vendors with its official purchase order or other documentation which indicates that the purchase is made by and paid from the funds of a governmental entity. You may instead present a copy of this letter along to any vendor who requests a tax exemption number or an Exempt Organization Certification, Form ST- 119.1. NOTICE TO VENDOR This letter is not an exemption document. You are not required to collect tax from the above organization, if they present you with their purchase order or other documentation which indicates that the purchase is made by and paid from the funds of a governmental entity. New York State Department of Tax and Finance OTPA - Technical Services Bureau Sales Tax - Exemption Organizations Unit Building 8, Room 425 W. A. Harriman Campus Albany, NY 12227 (518) 457-2782 37 A signed copy of this Bid/RFP Form plus a signed Non-Collusive Bidding Certification, must be returned with bid or proposal. BID FORM BID NO. 3813 – PURCHASE OF AUTOBODY SUPPLIES FROM: Company Name and Address Date ______________________________ _______________________________ Phone _____________________________ _______________________________ FAX #______________________________ _____________________________ FEDERAL ID # _______________ Supplier Quote No. _____________________ SEE SPECIFICATIONS SECTION THIS BID IS SUBJECT TO ALL OF THE ABOVE TERMS/CONDITIONS PROVIDED IN THE ABOVE NUMBERED BID. WHETHER OR NOT YOU SUBMIT A PROPOSAL FOR __________________________________ THIS BID, CHECK THE APPROPRIATE BOX(ES) BELOW (Name) Typed or Printed AND RETURN THIS FORM TO BUSINESS SERVICES. 1. /__/ We are unable to bid at this time. __________________________________ 2. /__/ Keep us on your bidder’s list. (Company) 3. /__/ Remove us from your bidder’s list. 4. /__/ Our additional areas of interest are: __________________________________ (Signed) _______________________________________ __________________________________ (Title) ____________________________________ __________________________________ Return to Business Services & Procurement (Email Address) 38 INFORMATION FOR BIDDERS INVITATION BID REQUIREMENTS 6. /__/ Performance Bond upon notification of award. 7. /X/ Brochures, catalogs, model numbers, or pertinent literature where applicable. 8. /X/ References. (Preferably from Educational Institution.) 9. /X/ Signature of bid manager. BIDDER'S RESPONSIBILITY SPECIFICATIONS CONSULTANT SUBMISSION (1) Such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any mun... (2) Any and all contracts made with any municipal corporation or any public department, agency or official thereof on or after the first day of July, nineteen hundred fifty-nine or with any fire district or any agency or official thereof on or after t... WHETHER OR NOT YOU SUBMIT A PROPOSAL FOR __________________________________

80 VANDENBURGH AVENUE, ROOM 240, Troy, New York, 12180Location

Address: 80 VANDENBURGH AVENUE, ROOM 240, Troy, New York, 12180

Country : United StatesState : New York